Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
MODIFICATION

42 -- Carbon Monoxide Alarms

Notice Date
3/2/2005
 
Notice Type
Modification
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-2-Carbon
 
Response Due
3/4/2005
 
Archive Date
3/19/2005
 
Point of Contact
Cheryl Vaughan-Brown, Contract Specialist, Phone 7035161972, Fax 7038756292, - Cheryl Vaughan-Brown, Contract Specialist, Phone 7035161972, Fax 7038756292,
 
E-Mail Address
brownholmescd@state.gov, brownholmescd@state.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Modification 1: The purpose of this modification is to extend the response date to Friday, March 04, 2005. Carbon monoxide alarm features: The carbon monoxide alarm must have the following features and characteristics: 1. Must be designed for residential use. 2. Must be listed by Underwriter?s Laboratories Inc. (UL) and meet the UL Standard for Safety for Single and Multiple Station Carbon Monoxide Alarms, UL 2034. 3. Must have a warranty period of at least 6 years. 4. Must be battery operated. 5. Must have a digital display that does not display CO levels until they exceed at least 30 ppm. Below 30 ppm the digital display area must have a non-numeric indicator. 6. Must have a low-level alarm. The low-level alarm must produce the same audible alarm sequence as high level alarms (see item 7) and display a unique visual low level indicator. The low level alarm sensitivity must not produce an audible alarm when the time-weighted average concentration of carbon monoxide is below 9 ppm over eight-hours or 35 ppm over one hour. 7. All audible alarms for carbon monoxide detection (low, high, etc.) must be at least 85 decibels with a 4 beep, 5 second silence, 4 beep pattern. 8. Must have a test/reset button that tests the unit?s electronics, horn, and battery, silences the alarm, resets the alarm and any visual signals, and displays the peak level. 9. Must have a peak level memory that is stored for at least 4 weeks of continuous operation and displayable by pressing the test/reset button. 10. Must display unique visual indicators that denote the low level and high level alarms, low battery, and unit malfunction when these events occur. 11. Must use an electrochemical sensor for carbon monoxide detection. 12. Must also have the capability to be used for instantaneous rather than time-weighted average measurements of carbon monoxide above 5 ppm. A unique visual indicator must display when the alarm is sampling in this mode. 13. Must be equipped with a battery or batteries for initial installation and an owner?s manual that explains the installation and operational information. The vendor must supply an electronic copy of the owner?s manual to the Department for distribution in a customized format to overseas residences or give permission to the Department to scan the owner?s manual into an electronic form for distribution. The Department will generate and distribute the customized document 14. Must be able to be shipped via commercial airliner and not violate International Air Transport regulations. Shipping Requirements: 15. The Department of State, Safety Health and Environmental Management (SHEM) Division will order a set number of alarms from the vendor on this contract each year. 16. These alarms will be sent to various posts around the world. SHEM will notify the vendor as orders from posts are placed with SHEM. SHEM will notify the vendor by fax or email of the post and the exact number of alarms to be shipped (varying from a few alarms to over one hundred). 17. The vendor will affix a label to each shipping package (which may contain numerous alarms) meant for a particular post with the address supplied by SHEM. 18. SHEM will contact the vendor at various times during the award period requesting orders to be shipped to various posts until the order quantity has been depleted. 19. The vendor will ship the individually labeled packages to the Diplomatic Pouch Facility (DPF) in Sterling, Virginia. 20. Packages (boxes) may not exceed 24?x15?x11? and may contain as many alarms that will fit into the package. 21. Each package shipped to DPF must be traceable with a unique tracking number to ensure delivery to the pouch facility and to provide proof of delivery. 22. The tracking number must be placed on the outside of the boxes. 23. The vendor will provide the tracking number to SHEM via email when the alarms are shipped. 24. The tracking number must also appear on the invoices submitted by the vendor for each shipment. 25. Once accepted at the DPF, the Department of State will be responsible for shipping the individually labeled boxes to the various posts according to the labels affixed to the boxes. 26. DPF receiving hours are from 7 AM ? 3:30 PM Monday through Friday. 27. The DPF address is: 22630 Dulles Summit Ct. Suite 150 Sterling, VA 20166 Tel. 703-467-0895 Contract Details: 28. The first year includes alarms for replacement alarms already in the field (replacement program) and alarms needed to supplement stock at a post (restocking). The replacement program will only occur during the first year. Restocking will take place in first year and the option years. 29. Replacement program - first year only 29.1. About 9,800 alarms will be going out as replacement alarms during the replacement program distributed among 158 different posts. SHEM will provide the vendor a list of posts and specific amounts of alarms upon contract award. 29.2. Shipments for the replacement program must be ready for delivery to the DPF by May 1, 2005. SHEM will notify the vendor when to release the shipments for delivery to the DPF. The expected completion date of shipments for the replacement program is June 15, 2005. 29.3. The lowest number of alarms in a shipment to a particular post is estimated to be a low of 2 to a high of 550. 30. Restocking - first year and option years 30.1. Approximately 2000 will be sent annually to various posts to supplement a stock. 30.2. Restocking orders can range from 1 alarm to 100?s. 30.3. This kind of order will be done at anytime throughout the year. The option years will be managed the same way as the restocking orders in the first year. 30.4. Restocking orders must be shipped out to post via the DPF when ordered. They may not be aggregated with other orders.
 
Place of Performance
Address: 22630 Dulles Summit Ct., Suite 150, Sterling, VA 20166, , Tel. 703-467-0895,
Zip Code: 20166
Country: USA
 
Record
SN00760922-W 20050304/050302211828 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.